Advertisement Tenders
Advertisement Tenders
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 54.7 K (USD 944)
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com December 12, 2024 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#200-24-12-026(h) Contract Name: Procurement Of General Merchandise (it Accessories, & Etc.) Location/purpose: For Maintenance Of Computer, Books And Cards Of Provincial Assessor’s Office. Source Of Funds 2025 Annual Budget Approved Budget For The Contract (abc): P54,770.00 (inclusive Of All Applicable Taxes) Modality Of Procurement Early Procurement Activity – Public Bidding Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 25% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Bidders Are Hereby Informed That This Procurement Is Conducted Through Public Bidding In An Early Procurement Activity (epa) Subject To The Approval Of Annual Budget For 2025. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting December 13 - 19, 2024 Availability And Issuance Of Bidding Documents December 13 - 23, 2024@ 08:30am Deadline For The Submission Of Bids December 23, 2024@ 08:30 Am Bid Opening And Evaluation December 23, 2024@ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Hundred Pesos Only (php500.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of General Merchandise (it Accessories, & Etc.) Pr#200-24-12-026(h) Abc: P54,770.00 1. 5 Unit Uninterruptible Power Supply 800va/450w 2. 1 Unit Electric Air Blower 220v/700w 3. 20 Pc Thermal Paste/grease 4. 1 Set Paint Brush, Small To Big Sizes 5. 3 Pc Air Freshener, Spray, 500mg 6. 2 Set Combo Keyboard And Mouse (wired) 7. 8 Pc Mouse, Wired 8. 1 Pc Ladder, 4 Steps (wide, Anti-slip), Foldable, Aluminum, Heavy Duty 9. 2 Pc Stool, 10” Height, Plastic, Heavy Duty ***nothing Follows***
Province Of Zamboanga Del Sur Tender
Healthcare and Medicine
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.2 Million (USD 39.2 K)
Details: Description Republic Of The Philippines Region Ix Province Of Zamboanga Del Sur Pagadian City Bids And Awards Committee Provincial Capitol, Pagadian City Invitation To Apply For Eligibility And To Bid The Provincial Government Of Zamboanga Del Sur, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Contract Ref. No.: Goods-2024-440r1 Name Of Project: Purchase Of Drugs And Medicines (non-regulated) For Zdsmc-pharmacy Use (1st Quarter Cy 2025) Location: Zamboanga Del Sur Medical Center, Dao, Pagadian City Approved Budget For The Contract: Php 2,280,000.00 Source Of Fund: Trust Fund-zdsmc Delivery Period: Within 30 C.d. Upon Receipt Of Ntp Prospective Bidders Should Have Completed A Similar Single Contract With A Value Of At Least 25% Of The Abc Within 5 Years From The Date Of Submission And Receipt Of Bids. However, In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.4.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding, The Bidder May Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Twenty Five Percent (25%) Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post- Qualification Of The Single/lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Implementing Rules And Regulations (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities /date /place Pre-procurement Conference /december 06, 2024@2:00pm /pgo Conference Room, Second Floor, Capitol Building, Pagadian City Advertisement / Posting Of Iaeb December 16-23, 2024 Philgeps Issuance Of Bidding Documents /december 16, 2024-january 07, 2025 /bac Office, Second Floor, Capitol Building, Pagadian City Pre-bid Conference /december 24, 2024 @2:00pm /pgo Conference Room, Second Floor, Capitol Building, Pagadian City Opening Of Bids /january 07, 2025 @2:00pm /pgo Conference Room, Second Floor, Capitol Building, Pagadian City The Bac Will Issue To Prospective Bidders Checklist Of Eligibility Requirements At The Bac Secretariat Office, Second Floor Capitol Bldg., Pagadian City, Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p’5,000.00). Prospective Bidders Shall Submit Their Eligibility Requirements To The Bac At The Said Address Starting December 16, 2024 (office Hours), Until 9:00am Of January 07, 2025 For The Eligibility Screening. They Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. The Pre-bid Conference Will Be On December 24, 2024@2:00pm At Pgo Conference Room, Second Floor, Capitol Building, Pagadian City. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 07, 2025 @9:00am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security Either In A Form Of Cash Or Cashier’s Check Equivalent To 2% Or Surety Bond Equivalent To 5% Of The Abc And Valid For At Least 120 Days From The Date Of The Opening Of Bids. The Provincial Government Of Zamboanga Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Provincial Government Of Zamboanga Del Sur Reserves The Right To Reject Any Of All Bids, To Annul The Bidding Process, And To Reject All Bids Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: (sgd) Joefe P. Suson Provincial Administrator Bac Chairperson -goods And Services Province Of Zamboanga Del Sur
Municipality Of Bayombong Nueva Viscaya Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 2.5 Million (USD 42.8 K)
Details: Description Republic Of The Philippines Municipality Of Bayombong Province Of Nueva Vizcaya Office Of The Bids And Awards Committee Name Of Procuring Entity: Lgu – Bayombong Request For Quotation No.: _____________________ Revised On: ______________________________ Date: _____________________ Standard Form / Title: Request For Quotation Office / End User: _____________________ Company Name: _______________________________________________________ Address: _______________________________________________________ Tel. No. / Fax No.: _______________________________________________________ Please Quote Your Lowest Price On The Item(s) Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 9:00 A.m. January 17, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat For Goods, Local Government Unit Of Bayombong, Nueva Vizcaya. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Seven (3) Working Days Upon Receipt Of The Approved Funded Purchase (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies And Materials; One (1) Year Warranty For Equipment From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Number Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certification Of The Products Being Offered. 7. Please Indicate The Brand Of Each Item Being Offered. 8. The Approved Budget Ceiling For This Procurement Is Two Million Five Hundred Thousand Pesos Only (php 2,500,000.00) Era _____ Fap _____ Lcd _____ Mlp _____ Engr. Johnson G. Termines Mpdc/bac Chairperson Item No. Items And Description Qty Unit Unit Price Total Price 1 Motor Vehicle 1 Unit Specification Overall Dimensions (mm) 5,265 X 1,950 X 1,990 Wheelbase (mm) 3,860 Seating Capacity 12 Engine Type 4-cylinder, In-line, 16 Valve Dohc Engine Displacement (cc) 2,755 Maximum Output (ps/rpm) 176 Ps / 3,400 Rpm Maximum Torque (nm/rpm) 420 Nm / 1,400-2,600 Rpm Fuel Type Diesel Fuel Capacity (l) 70 Transmission Manual Power Transmission 6-speed M/t Steering Column Manual Tilt And Telescopic Adjustable Steering Wheel Material 4-spoke, Urethane Steering Wheel Switch Audito Telephone, Cruise Control, Voice , Mid Audio System Type 8'' Display Audio Audio System Function Apple Carplay + Android Auto / Tuner / Usb / Bt Headlamps Bi-beam Multi-reflector Halogen With Integrated Turn Lamp Front Fog Lamps With Power Window With Driver /front Passenger Auto Up- Down Power Door Lock With Power Outlet Mirror Adjust + Retract Steering Wheel Switch Audio, Telephone, Cruise Control, Voice, Mid Front Brake/rear Brake Ventilated Discs / Drum Tires 235 / 65r16c Wheels (size) 7j X 16'' Wheels Alloy Wheel Seatbelt Rear 2 Pt. Nr (10 Pcs) Toyota Vehicle Security System Alarm With Immobilizer Camera With Reverse Camera Model 1gd-ftv Antenna Short Pole Meter Gauge Analog Airconditioning Dual, Manual Controls With Rear Vents Speakers 6 Shift Level And Knob Urethane Dash-mounted Steering Type Variable Power Steering Srs Driver Passenger With Vehicle Stability With Brake Assist Hill Start Assist With Anti-lock Brake System With Xxxxxxxxxxxxxx Purpose: Purchase And Delivery Of One (1) Unit Motor Vehicle For Mayor’s Office Use, Lgu Bayombong, Nueva Vizcaya The Award For This Rfq Will Be Lumpsum Basis, Prospective Suppliers Must Quote For All Items, Otherwise, They Will Be Subjected For Disqualifications. Brand And Model: _______________________ Warranty: _____________________ Delivery Period: _______________________ Price Validity: _____________________ After Having Carefully Read And Accepted Your General Conditions, I / We Quote You On The Item/s At Prices Noted Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Local Government Unit Of Bayombong. Tel. No.: 09171641574/ Bac Secretariat _______________________________ Date Of Advertisement: ________________ Printed Name / Signature / Date _________________________________ Philgeps Registration Number _______________________________ Tel No. / Cellphone No. / E-mail Address
Province Of Bataan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.1 K)
Details: Description Invitation To Bid No. Infra-20%df-008-2025 The Provincial Government Of Bataan, Through The 20% Development Fund008 Intends To Apply The Below Listed Project W/ Corresponding Approved Budget Of The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. Name Of Project Approved Budget Of The Contract (abc) 1. Construction Of Slope Protection Barangay Ibaba, Samal, Bataan =p= 4,875,077.44 2. Improvement Of Farm To Market Road Barangay Pulo, Hermosa, Bataan =p= 2,929,155.97 3. Construction Of Foot Bridge Barangay Bantan Munti, Pilar, Bataan =p= 2,832,163.74 The Provincial Government Of Bataan Now Invites Bids For The Above Listed Projects. Completion Of Works For Project No.1 & For Project No.3 Are Within 90 Calendar Days And For Project No. 2 Is Within 60 Calendar Days. Bidders Should Have Completed, At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From Provincial Bac Office, 4th Floor At The Bunker Capitol Compound, Balanga City, Bataan And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m.. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 31, 2025 From Given Address And Website/s Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Provincial Government Of Bataan Will Hold A Pre-bid Conference On January 17, 2025 At 10:00 A.m. At Provincial Bac Office, 5th Floor Training Room At The Bunker Capitol Compound, Balanga City, Bataan Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicate Below, On Or Before January 31, 2025 At 1:30 P.m.. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On January 31, 2025 At 1:30 P.m. At The Given Address Below 5th Floor Training Room At The Bunker Capitol Compound, Balanga City, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. In Case Of The Above Dates Is Declared A Special Non-working Holidays, It Will Automatically Reset On The Next Working Days. Other Necessary Information Deemed Relevant By The Provincial Government Of Bataan Activities Schedule 1. Advertisement/posting Of Invitation To Bid January 10 - 16, 2025 2. Eligibility Check Refer To Date Of Opening Of Bids 3. Issuance And Availability Of Bidding Documents January 10 - 31, 2025 4. Request For Clarification January 22, 2025 5. Opening Of Bids January 31, 2025 The Provincial Government Of Bataan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ms. Aileen C. Sagun Provincial Bac Office / 4th Floor At The Bunker, Capitol Compound, Balanga City, Bataan Bac@bataan.gov.ph Jeffrey T. Calma Bac Chairman
Province Of Bataan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 4.8 Million (USD 83.3 K)
Details: Description Invitation To Bid No. Infra-20%df-009-2025 The Provincial Government Of Bataan, Through The 20% Development Fund009 Intends To Apply The Below Listed Project W/ Corresponding Approved Budget Of The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. Name Of Project Approved Budget Of The Contract (abc) 1. Rehab/improvement Of Covered Court Barangay Townsite, =p= 4,872,788.46 Mariveles, Bataan 2. Construction Of Two (2) Storey Multi-purpose Building =p= 3,803,271.04 Barangay Cupang North, Balanga City, Bataan The Provincial Government Of Bataan Now Invites Bids For The Above Listed Projects. Completion Of Works For Project No.1 And For Project No.2 Are Within 90 Calendar Days. Bidders Should Have Completed, At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From Provincial Bac Office, 4th Floor At The Bunker Capitol Compound, Balanga City, Bataan And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m.. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14 – February 3, 2025 From Given Address And Website/s Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Provincial Government Of Bataan Will Hold A Pre-bid Conference On January 21, 2025 At 10:00 A.m. At Provincial Bac Office, 5th Floor Training Room At The Bunker Capitol Compound, Balanga City, Bataan Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicate Below, On Or Before February 3, 2025 At 1:30 P.m.. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 3, 2025 At 1:30 P.m. At The Given Address Below 5th Floor Training Room At The Bunker Capitol Compound, Balanga City, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. In Case Of The Above Dates Is Declared A Special Non-working Holidays, It Will Automatically Reset On The Next Working Days. Other Necessary Information Deemed Relevant By The Provincial Government Of Bataan Activities Schedule 1. Advertisement/posting Of Invitation To Bid January 14 - 20, 2025 2. Eligibility Check Refer To Date Of Opening Of Bids 3. Issuance And Availability Of Bidding Documents January 14 – February 3, 2025 4. Request For Clarification January 24, 2025 5. Opening Of Bids February 3, 2025 The Provincial Government Of Bataan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ms. Aileen C. Sagun Provincial Bac Office / 4th Floor At The Bunker, Capitol Compound, Balanga City, Bataan Bac@bataan.gov.ph Jeffrey T. Calma Bac Chairman
Jefferson Parish Government Tender
Civil And Construction...+1Water Storage And Supply
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Bid No. 50-00146678 Sealed Bids Will Be Received Electronically Through Our E-procurement Site At Www.jeffparishbids.net Until 2:00 P.m., January 23, 2025 And Publicly Opened Thereafter. At No Charge, Bidders May Submit Via Jefferson Parish’s Electronic Procurement Page By Visiting Www.jeffparishbids.net To Register For This Free Site. Bids Will Be Accepted And Received Through Central Bidding Until 2 P.m. The Public Bid Opening Will Be Held At The West Bank Purchasing Department At 200 Derbigny Street, Suite 4400, Gretna, La 70053 Beginning At 2:30 P.m. On Each Bid Opening Date For The Following Project: Fairmont St., Patriot St., Marrero Rd., Lafitte, West Water Treatment Plant, & Wall Blvd. Water Storage Tank Rehabilitation. Project No. 2024-005-wr Purchases For This Project Shall Be Exempt From State Sales And Use Tax According To La. R.s. 47:301(8)(c)(i). The Successful Bidder Shall Be Granted The Tax-exempt Status Of Jefferson Parish Via Form R-1020, Designation Of Construction Contractor As Agent Of A Governmental Entity Sales Tax Exemption Certificate. Form R-1020 Is Distributed By The Louisiana Department Of Revenue. All Bids Must Be In Accordance With The Contract Documents On File With The Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, At 200 Derbigny Street, Gretna, Louisiana. Late Bids Will Not Be Accepted. Each Bid Must Be Accompanied By An Electronic Bid Surety Bond In The Amount Equal To Five Percent (5%) Of The Total Amount Bid, And Payable Without Condition To The Owner. Vendors Must Submit An Electronic Bid Bond Through The Respective Online Clearinghouse Bond Management System(s) As Indicated In The Electronic Bid Solicitation On Central Auction House. No Scanned Paper Copies Of Any Bid Bond Will Be Accepted As Part Of The Electronic Bid Submission. The Drawings And Specifications Are On File And Open For Inspection In The Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, At 200 Derbigny Street, Gretna, Louisiana. A Complete Set Of Contract Documents May Be Secured From Burk-kleinpeter Inc., 2400 Veterans Memorial Blvd., Kenner, La. 70062 Phone: 504-486-5901 By Licensed Contractors Upon Receipt Of $104.00 Per Set. Deposit On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of Documents In Good Condition No Later Than Ten (10) Days After Receipts Of Bids. The Successful Bidder Will Be Required To Furnish A Performance Bond Guaranteeing Faithful Performance Of The Contract. Companies Providing The Bonds Shall Comply With The Requirements Of La-r.s. 38:2218 And R.s. 38:2219 As Applicable. The Jefferson Parish Council Reserves The Right To Reject All Bids And To Reject Bids For Just Cause, Pursuant To The Law. Jefferson Parish And Its Partners As The Recipients Of Federal Funds Are Fully Committed To Awarding A Contract(s) To Firm(s) That Will Provide High Quality Services And That Are Dedicated To Diversity And To Containing Costs. Thus, Jefferson Parish Strongly Encourages The Involvement Of Minority And/or Woman-owned Business Enterprises (dbe’s, Including Mbe’s, Wbe’s And Sbe’s) To Stimulate Participation In Procurement And Assistance Programs. All Prospective Bidders Are Invited To Attend The Non-mandatory Pre-bid Conference Which Will Be Held At 10:00am On January 06, 2025 At Jefferson Parish General Government Building, 200 Derbigny Street, Suite 4400, Gretna, La.70053. However, Failure To Attend The Pre-bid Conference Shall Not Relieve The Bidder Of Responsibility For Information Discussed At The Conference. Furthermore, Failure To Attend The Pre-bid Conference And Inspection Does Not Relieve The Successful Bidder From The Necessity Of Furnishing Materials Or Performing Any Work That May Be Required To Complete The Work In Accordance With The Specification With No Additional Cost To The Owner. Renny Simno Director Purchasing Department Misty A. Camardelle Assistant Director Purchasing Department Adv: The New Orleans Advocate: December 11, 18 And 25, 2024. For Additional Information, Please Visit The Purchasing Webpage At Https://www.jeffparish.gov/464/purchasing Or You May Call 504-364-2678.
DEPT OF THE ARMY USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: W912ee * Solicitation Amendment W912ee25q0011-0001 Extends The Offer Due Date To 3 February 2025, Incorporates Far Provision 52.211-6, And Attaches A Brand Name Justification. This Requirement Is Brand Specific And Must Be An "american Standard" Brand. supply And Delivery Of One (1) Ac Unit this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. solicitation Number W912ee25q0011 Is Being Issued As A Request For Quote (rfq) With The Intent To Issue One Firm-fixed Price Contract. This Solicitation Is Being Issued Under A 100% Small Business Set Aside. The Naics Code For This Procurement Is 333415 - Air-conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing; With A Size Standard Of 1250 Employees. This Procurement Is Being Conducted In Accordance With Regulations At Far Part 12 – Acquisition Of Commercial Items And Far Part 13 – Simplified Acquisition Procedures. the U.s. Army Corps Of Engineers, Vicksburg District, Requires The Supply And Delivery Of One (1) Ac Unit. All Work Must Be Completed In Accordance With The Statement Of Work That Was Prepared For This Requirement. all Offerors Shall Submit A Quote With Content As Specified Herein. Quotes Submitted Without The Specified Content May Be Determined Non-responsive And Removed From Further Consideration. offers Are Encouraged To Review All Clauses That Are Incorporated Into This Solicitation. ****special Attention Should Be Focused On Far 52.212-2 Evaluation – Commercial Products, As This Clause Outlines The Evaluation Factors For This Requirement. **** the Government Intends To Make One Award For One Firm Fixed Price Contract. Offers For Less Than The Required Delivery Will Not Be Accepted. The Government Intends To Award Without Discussions While Reserving The Right To Hold Discussions If Determined Advantageous To The Government. Offerors Are Encouraged To Provide Their Best Proposed Pricing In Their Initial Offer. notes To Offerors: bidding Schedule Must Be Returned With Your Quote. quotes Shall Be Submitted Electronically Via Email, To: Judy.m.huell@usace.army.mil And Richard. B. Hester@usace.army.mil. For Information Concerning This Solicitation, Contact Judy Huell And Brent Hester At The Above Email. you Are Responsible For Reading All Information Contained In This Solicitation And All Attachments If Any Posted With It. offerors Should Check The Sam.gov Web Site Often For Modifications To This Solicitation. offerors Are Responsible For Ensuring Their Quotes Arrive Timely. technical Inquiries And Questions technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Bidder Inquiry In Projnet At (https://www.projnet.org). Offerors Are Encouraged To Submit Questions Early In The Advertisement Process, In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And Amend The Solicitation, If Necessary. Any Questions Submitted Within The 72 Hours Window Of The Solicitation Closing Date Are Not Guaranteed A Response Will Be Provided. To Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. the Solicitation Number Is: W912ee25q0011, Supply And Delivery Of (1) One Ac Unit the Bidder/offeror Inquiry Key Is: 7p2ddd-53kyae specific Instructions For Projnet Bid Inquiry Access: fromtheprojnethomepagelinkedabove,clickonquickaddontheupperrightsideof The Screen. identify The Agency. This Should Be Marked As Usace. key. Enter The Bidder Inquiry Key Listed Above. email. Enter The Email Address You Would Like To Use For Communication. click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form. enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System. click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System. bidders/offerors Are Requested To Review The Specification In Its Entirety, Review The Bidder Inquiry System For Answers To Questions Prior To Submission Of A New Inquiry. The Call Center Operates Weekdays From 8am To 5pm U.s. Central Time Zone (chicago). The Telephone Number For The Call Center Is 800-428-help.
Jefferson Parish Government Tender
Civil And Construction...+1Drainage Work
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Bid No. 50-00146620 Sealed Bids Will Be Received Electronically Through Our E-procurement Site At Www.jeffparishbids.net Until 2:00 P.m., January 09, 2025 And Publicly Opened Thereafter. At No Charge, Bidders May Submit Via Jefferson Parish’s Electronic Procurement Page By Visiting Www.jeffparishbids.net To Register For This Free Site. Bids Will Be Accepted And Received Through Central Bidding Until 2 P.m. The Public Bid Opening Will Be Held At The West Bank Purchasing Department At 200 Derbigny Street, Suite 4400, Gretna, La 70053 Beginning At 2:30 P.m. On Each Bid Opening Date For The Following Project: Elmwood Parkway Drainage Improvements (kawanee Avenue To Gillen Street) Public Works Project No. 2019-023-dr Purchases For This Project Shall Be Exempt From State Sales And Use Tax According To La. R.s. 47:301(8)(c)(i). The Successful Bidder Shall Be Granted The Tax-exempt Status Of Jefferson Parish Via Form R-1020, Designation Of Construction Contractor As Agent Of A Governmental Entity Sales Tax Exemption Certificate. Form R-1020 Is Distributed By The Louisiana Department Of Revenue. All Bids Must Be In Accordance With The Contract Documents On File With The Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, At 200 Derbigny Street, Gretna, Louisiana. Late Bids Will Not Be Accepted. Each Bid Must Be Accompanied By An Electronic Bid Surety Bond In The Amount Equal To Five Percent (5%) Of The Total Amount Bid, And Payable Without Condition To The Owner. Vendors Must Submit An Electronic Bid Bond Through The Respective Online Clearinghouse Bond Management System(s) As Indicated In The Electronic Bid Solicitation On Central Auction House. No Scanned Paper Copies Of Any Bid Bond Will Be Accepted As Part Of The Electronic Bid Submission. The Drawings And Specifications Are On File And Open For Inspection In The Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, At 200 Derbigny Street, Gretna, Louisiana. A Complete Set Of Contract Documents May Be Secured From Arcadis, Inc., 3850 Causeway Blvd, Suite 990, Metairie, La 70002 Phone: 504-832-4174 Or Fax By Licensed Contractors Upon Receipt Of $90 Per Set. Deposit On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of Documents In Good Condition No Later Than Ten (10) Days After Receipts Of Bids. The Successful Bidder Will Be Required To Furnish A Performance Bond Guaranteeing Faithful Performance Of The Contract. Companies Providing The Bonds Shall Comply With The Requirements Of La-r.s. 38:2218 And R.s. 38:2219 As Applicable. The Jefferson Parish Council Reserves The Right To Reject All Bids And To Reject Bids For Just Cause, Pursuant To The Law. Jefferson Parish And Its Partners As The Recipients Of Federal Funds Are Fully Committed To Awarding A Contract(s) To Firm(s) That Will Provide High Quality Services And That Are Dedicated To Diversity And To Containing Costs. Thus, Jefferson Parish Strongly Encourages The Involvement Of Minority And/or Woman-owned Business Enterprises (dbe’s, Including Mbe’s, Wbe’s And Sbe’s) To Stimulate Participation In Procurement And Assistance Programs. All Prospective Bidders Are Invited To Attend The Non-mandatory Pre-bid Conference Which Will Be Held At General Government Building 200 Derbigny St. Suite 4400 Gretna, La. 70053 On December 19, 2024 At 10:00 A.m. However, Failure To Attend The Pre-bid Conference Shall Not Relieve The Bidder Of Responsibility For Information Discussed At The Conference. Furthermore, Failure To Attend The Pre-bid Conference And Inspection Does Not Relieve The Successful Bidder From The Necessity Of Furnishing Materials Or Performing Any Work That May Be Required To Complete The Work In Accordance With The Specification With No Additional Cost To The Owner. Renny Simno Director Purchasing Department Misty A. Camardelle Assistant Director Purchasing Department Adv: The New Orleans Advocate: December 04, 11 And 18, 2024 For Additional Information, Please Visit The Purchasing Webpage At Http://purchasing.jeffparish.net Or You May Call 504-364-2678.
Province Of Zamboanga Del Sur Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 30.4 Million (USD 521.4 K)
Details: Description Republic Of The Philippines Region Ix Province Of Zamboanga Del Sur Pagadian City Bids And Awards Committee Provincial Capitol, Pagadian City Invitation To Apply For Eligibility And To Bid The Provincial Government Of Zamboanga Del Sur, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Contract Ref. No.: Goods-2025-509 Name Of Project: Purchase Of Solar Street Lights (off-grid Street Lighting) For Distribution To Various Barangays In The Province Of Zamboanga Del Sur And Zamboanga Del Sur Provincial Government College Campuses Cy-2025 Location: Provincial Government Of Zamboanga Del Sur Approved Budget For The Contract: Php 30,485,000.00 Source Of Fund: Supplemental Budget No. 1 Cy-2025 Delivery Period: Within 60 C.d. Upon Receipt Of Ntp Prospective Bidders Should Have Completed A Similar Single Contract With A Value Of At Least 25% Of The Abc Within 5 Years From The Date Of Submission And Receipt Of Bids. However, In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.4.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding, The Bidder May Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Twenty-five Percent (25%) Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post- Qualification Of The Single/lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Implementing Rules And Regulations (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities /date /place Pre-procurement Conference /january 13, 2025 @2:00pm /pgo Conference Room, Second Floor, Capitol Building, Pagadian City Advertisement / Posting Of Iaeb /january 16-23, 2025 /philgeps Issuance Of Bidding Documents /january 16, 2025-february 05, 2025 /bac Office, Second Floor, Capitol Building, Pagadian City Pre-bid Conference /january 24, 2025 @2:00pm /pgo Conference Room, Second Floor, Capitol Building, Pagadian City Opening Of Bids /february 05, 2025 @2:00pm /pgo Conference Room, Second Floor, Capitol Building, Pagadian City The Bac Will Issue To Prospective Bidders Checklist Of Eligibility Requirements At The Bac Secretariat Office, Second Floor Capitol Bldg., Pagadian City, Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of Twenty-five Thousand Pesos (p’25,000.00). Prospective Bidders Shall Submit Their Eligibility Requirements To The Bac At The Said Address Starting January 16, 2025 (office Hours), Until 9:00am Of February 05, 2025 For The Eligibility Screening. They Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. The Pre-bid Conference Will Be On January 24, 2025@2:00pm At Pgo Conference Room, Second Floor, Capitol Building, Pagadian City. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 05, 2025 @9:00am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security Either In A Form Of Cash Or Cashier’s Check Equivalent To 2% Or Surety Bond Equivalent To 5% Of The Abc And Valid For At Least 120 Days From The Date Of The Opening Of Bids. The Provincial Government Of Zamboanga Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Provincial Government Of Zamboanga Del Sur Reserves The Right To Reject Any Of All Bids, To Annul The Bidding Process, And To Reject All Bids Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: (sgd) Joefe P. Suson Provincial Administrator Bac Chairperson -goods And Services Province Of Zamboanga Del Sur
Municipality Of Caibiran, Biliran Tender
Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of Brgy. Asug, Municiipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Office Equipment Location : Brgy. Asug, Caibiran, Biliran Delivery Period : 10 Working Days Abc : P60,000.00 Source Of Funds : Capital Outlay 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Of Issue Item Description I 2 Pcs Laptop Schedule Of Activities: (1st Posting) Advertisement : January 28, 2025 To February 4, 2025 Bid Evaluation : February 6, 2025 (9:00 Am At The Office Of The Bac Chairman, Brgy. Asug Caibiran, Biliran) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 1. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 Until February 5, 2025, Upon Payment Of The Applicable Fee From The Barangay Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 2. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 3. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Brgy. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before February 6, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 4. Bid Evaluation Shall Be On February 6, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Brgy. Asug, Brgy. Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted 5. The Bids And Award Committee Of Brgy. Asug, Caibiran, Biliran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Statement Of On-going Contract 5. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgepsbrgy.007
2491-2500 of 3780 archived Tenders